SOLICITATION NOTICE
U -- VIRTUAL WELLNESS TRAINING
- Notice Date
- 9/14/2023 6:43:22 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 611430
— Professional and Management Development Training
- Contracting Office
- W7N3 USPFO ACTIVITY UT ARNG DRAPER UT 84020-2000 USA
- ZIP Code
- 84020-2000
- Solicitation Number
- W911YP23R0031
- Response Due
- 9/20/2023 11:00:00 AM
- Archive Date
- 10/05/2023
- Point of Contact
- William T. Brown, Phone: 8014324273
- E-Mail Address
-
william.t.brown68.civ@army.mil
(william.t.brown68.civ@army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- SOLICITATION:� W911YP23R0031 AGENCY/OFFICE:� Utah Army National Guard / USPFO PLACE OF PERFORMANCE:� Virtual Training (over Zoom) SUBJECT:� Virtual Wellness Training RESPONSE DUE DATE:� 12:00 PM MST 20 SEP 2023 CONTRACTING POC:� William (Billy) T. Brown III; Email:� William.t.brown68.civ@army.mil; Phone:� 801-432-4273 DESCRIPTION: *****THIS REQUIREMENT IS BEING SOLICITED AS A TOTAL SMALL BUSINESS SET-ASIDE.� ONLY QUOTES FROM REGISTERED SBs in SAM.GOV WITH THE APPROPRIATE NAICS WILL BE ACCEPTED.� If there are no acceptable offers from small business concerns, the set-aside shall be withdrawn and the requirement, if still valid, will be made based on Full and Open competition considering all proposals submitted by responsible business concerns***** The Utah Army National Guard is soliciting a requirement for Virtual Wellness Training under combined synopsis/solicitation W911YP23R0031 and is being issued for Request for Proposals (RFPs).� This requirement is being solicited as a TOTAL SMALL BUSINESS SET-ASIDE under NAICS code 611430 - �Professional and Management Development Training� which has a Small Business Size Standard of $15 million (https://www.sba.gov/sites/default/files/files/Size_Standards_Table.pdf).� FOR VENDOR�S QUOTES TO BE CONSIDERED, YOU MUST BE REGISTERED IN SAM.GOV AS A SMALL BUSINESS UNDER THIS NAICS CODE OR VERY SIMILAR NAICS CODE.� Furthermore, your company must also demonstrate you have performed work on similar projects that shows you have the knowledge and expertise to hold and conduct conventions and trade shows.� This requirement is subject to availability of funding per FAR 52.232-18. � Statement of Work (SOW) Performance therapy Virtual Wellness Training Purpose Statement / Objective � Provide 19th SFG(A) 2 modules of 4 classes each over zoom for SOF Operators, Enablers and Family members. Scope of Work � Provide 2 modules (4 sessions each), each session is 1-hr Performance Therapy virtual education + 30-minute Q&A sessions day and time to be scheduled with unit. Due to the unique requirements and experiences of national guard SOF operators and enablers, all training will be presented by Professionals with the following requirement: All clinicians must have: -100 hours of: �operator syndrome training, operator-specific neuroscience, research review and discussion, multi-disciplinary team meetings, clinical supervision of operator clients. -At least 100 hrs of telehealth experience with National Guard Soldiers in SOF MOSs/ units -Experience working on multidisciplinary team specific to operator health -At least 150 hours leading and/or treating 1-2 �Retreat� style intensive outpatient programs (IOP) SOF Soldiers -Previous military experience either serving, or as a spouse of a veteran is preferred but not required to ensure understanding of what family members and soldiers are required to do and go through and allow for report and trust to be built easier with the audience. Mental Health Clinicians: Psy-D, LCSW, and/or LMHC-S At least 500 hrs of EMDR clinical experience with Veterans or First Responders At least 100 hrs of EMDR clinical experience with Green Berets/Rangers Occupational Therapists: MOT from accredited university minimum OTD preferred Advanced certifications in: CHT, BCPR or Ergonomics At least 500 hrs of clinical experience in mental health OT At least 100 hrs of clinical experience in mental health OT with Green Berets/Rangers Registered Dietitians Bachelor�s degree in dietetics from accredited University Master�s degree in dietetics or related field At least 500 hrs of clinical experience within sports OR military population At least 100 hrs of clinical experience with Green Berets/Rangers Physical Therapist: DPT from accredited University At least 500 hrs of clinical experience within sports OR military population At least 100 hrs of clinical experience with Green Berets/Rangers Training topics will cover: 1)Move- Physical (physical therapists & strength and conditioning coaches) -Bones, Muscles, Tendons, Ligaments -Warming up (Intelligently) -Strength & Conditioning (Intelligently) -Recovery (Intelligently) 2)Communicate- Mental (mental health therapists) -Moral Injury: the problem -Moral Injury: solutions -PTSD and other mental health injuries -Integration back into Family & Society (from TDY/deployments) -Family Connection -Finding Meaning 3)Fuel: (registered dietitians & additional SMEs) -Diet and Nutrition for Brain Health -Testosterone: The Real Deal-Healthy Habits for TDY & Deployment -Healthy Habits for the family -Yoga -Journaling -Setting SMART goals �Place of Performance � Virtual Training over Zoom or similar virtual platform, conducted once a week at 1700 MST SET-ASIDE / FAR REGULATION: Any award resulting from this solicitation will be made using a TOTAL SMALL BUSINESS SET-ASIDE with order of precedence as follows: In accordance with FAR Subpart 19.502-2 Total Small Business Set-Aside Procedures, any awards under this solicitation will be made on a competitive basis first to small business concerns in accordance with FAR 19.502-2.� If there are no acceptable offers from small business concerns, the set-aside shall be withdrawn and the requirement, if still valid, will be made on the basis of full and open competition considering all offers submitted by responsible business concerns. CONTRACT TYPE / EVALUATION CRITERIA:� The contract type for this procurement will be Firm-Fixed price contract.� Award will be based on an all or none basis using lowest price technically acceptable (LPTA) evaluation criteria.� For proposals to be technically acceptable, it must meet all the specifications outlined in the SOW and provide specific examples of past performance experience relating to hosting and conducting professional conferences.� Relevancy and currency may be used for past performance criteria and only a rating of ACCEPTABLE, NOT ACCEPTABLE, OR NEUTRAL will be given on past performance.� If a Contractor has no relevant past performance, the Contractor will not be rated Favorably or Unfavorably but will be rated Neutral and not have that count against them.� An LPTA quote is one that meets all the technical aspects outlined in this solicitation and statement of work while being the lowest price quote, IAW FAR 13.106-2(b)(4)(ii) and FAR 15.101-2.� SAM REGISTRATION:� All offerors must have an active registration in System for Award Management (SAM) at time of award in order to be eligible for contract award.� All offerors responding to this solicitation must meet all standards required to conduct business with the Government, including active registration in SAM and WAWF, and be in good standing.� All qualified responses will be considered by the Government.� In addition to providing pricing each quote must include vendor's CAGE/DUNS number, Federal Tax Number, and must include point of contact information.� IAW FAR 52.212-1(k), prospective awardees shall be registered and active in the System for Award Management (SAM) prior to award and be in good standing.� Prospective offerors may obtain information on registration at WWW.SAM.GOV.� IAW FAR 52.204-7 and DFARS 252.204-7004 Alt A, prospective vendors must be registered in the SAM database prior to award.� Lack of SAM registration shall be a determining factor for award and your bid may be disqualified for not being registered and active in SAM.gov. PROPOSALS:� All proposals are due to the United States Property and Fiscal Office for Utah Purchasing and Contracting Division no later than 12:00 pm (Mountain) 20 SEP 2023.� All submissions should be sent via email to:� william.t.brown68.civ@army.mil.� Facsimiles will not be accepted.� Questions regarding this requirement may also be directed to this email, with sufficient time to do any research to answer question prior to the closing of this posting.� Responses received after the stated deadline will be considered non-responsive and will not be considered, UNLESS the Contracting Officer determines it is in the best interest of the government to accept a late proposal. PROVISIONS & CLAUSES:� The following provisions and clauses are applicable to this solicitation: FAR 52.202-1 � Definitions FAR 52.203-3 � Gratuities FAR 52.204-7 � System for Award Management FAR 52.204-9 � Personal Identity Verification of Contractor Personnel FAR 52.204-16 � Commercial and Government Entity Code Reporting FAR 52.204-18 � Commercial and Government Entity Code Maintenance FAR 52.204-19 � Incorporation by Reference of Representations and Certifications FAR 52.204-24 � Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment FAR 52.204-25 � Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment FAR 52.204-26 � Covered Telecommunications Equipment or Services-Representation FAR 52.204-27 � Prohibition on a ByteDance Covered Application FAR 52.209-6 � Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.209-10 � Prohibition on Contracting with Inverted Domestic Corporations FAR 52.212-1 � Instructions to Offerors FAR 52.212-3 � Offeror Representations and Certifications-Commercial Items FAR 52.212-3 � Alternate 1 FAR 52.212-4 � Terms and Conditions - Commercial FAR 52.212-5 � Dev - Statutes/Exec Orders FAR 52.217-5 � Evaluation of Options FAR 52.217-8 � Option to Extend Services FAR 52.217-9 � Option to Extend the Term of the Contract FAR 52.219-1 (Alt I) � Small Business Program Representation FAR 52.219-6 � Notice of Total Small Business Set-Aside FAR 52.219-8 � Utilization of Small Business Concerns FAR 52.219-14 � Limitations on Subcontracting FAR 52.219-28 � Post-award Small Business Program Representations FAR 52.222-3 � Convict Labor FAR 52.222-21 � Prohibit Segregated Facilities FAR 52.222-22 � Previous Contract and Compliance Reports FAR 52.222-25 � Affirmative Action FAR 52.222-26 � Equal Opportunity FAR 52.222-36 � Affirmative Action for Workers With Disabilities FAR 52.222-40 � Notification of Employees Rights Under the National Labor Relations Act FAR 52.222-50 � Combating trafficking in Persons FAR 52.222-54 � Employment Eligibility Verification FAR 52.223-18 � Encouraging Contractor Policy to Ban Text Messaging While Driving FAR 52.225-23 � Restrictions on Certain Foreign Purchases FAR 52.225-25 � Prohibition on Contracting with Entities in Certain Activities or Transactions Relating to Iran - Representation and Certifications FAR 52.232-1 � Payments FAR 52.232-33 � Payment by Electronic Funds Transfer-Central Contractor Registration FAR 52.232-39 � Unenforceability of Unauthorized Obligations FAR 52.232-40 � Providing Accelerated Payments to Small Business Subcontractors FAR 52.233-1 � Disputes FAR 52.233-2 � Service of Protest FAR 52.233-3 � Protest After Award FAR 52.233-4 � Applicable Law for Breach of Contract Claim FAR 52.243-1 Alt.1 � Changes-Fixed Price (Services) FAR 52.249-4 � Termination for Convenience of the Government (Services)(Short Form) FAR 52.252-1 � Provisions Incorporated by Reference FAR 52.252-2 � Clauses Incorporated by Reference FAR 52.252-5 � Authorized Deviations in Provisions FAR 52.252-6 � Authorized Deviation in Clauses DFARS 252.203-7000 � Requirement Relating to Compensation of Former DoD Officials DFARS 252.203-7002 � Requirements to Inform Employees of Whistleblower Rights DFARS 252.204-7003 � Control of Government Personnel Work Product DFARS 252.204-7004 � Antiterrorism Awareness Training for Contractors DFARS 252.204-7009 � Limitation on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information DFARS 252.204-7015 � Notice of Authorized Disclosure of Information for Litigation Support DFARS 252.204-7017 - Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services�Representation DFARS 252.204-7018 � Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services DFARS 252.204-7019 � Notice of NISTSP 800-171 DoD Assessment Requirements DFARS 252.204-7020 � NIST SP 800-171 DoD Assessment Requirements DFARS 252.204-7024 � Notice on the Use of the Supplier Performance Risk System (SPRS) DFARS 252.209-7995 � Representation by Corporations Regarding Unpaid Delinquent Tax Liability of a Felony Conviction Under Any Federal Law DFARS 252.212-7000 � Offeror Representations and Certification Required to Implement Status of Executive Orders Applicable to Defense Acquisition of Commercial Items DFARS 252.212-7001 � Dev Terms and Conditions DFARS 252.225-7001 � Buy America Act and Balance of Payments Program DFARS 252.225-7002 � Qualifying Country as Subcontractors DFARS 252.225-7012 � Preference for Certain Domestic Commodities DFARS 252.225-7048 � Export-controlled Items DFARS 252.225-7055 � Representation Regarding Business Operations with the Maduro Regime DFARS 252.225-7056 � Prohibition Regarding Business Operations with the Maduro Regime DFARS 252.225-7059 � Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region-Representation DFARS 252.225-7060 � Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region DFARS 252.232-7003 � Electronic Submission of Payment Requests DFARS 252.232-7006 � Wide Area WorkFlow Payment Instructions DFARS 252.232-7010 � Levies on Contract Payments DFARS 252.237-7010 � Prohibition of Interrogation of Detainees by Contract Personnel DFARS 252.239-7017 � Notice of Supply Chain Risk DFARS 252.239-7018 � Supply Chain Risk DFARS 252.243-7001 � Pricing of Contract Modifications DFARS 252.243-7002 � Requests for Equitable Adjustment. FAR 52.252-2 � Clauses Incorporated by Reference. �This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. �Upon request, the contracting officer will make full text available. Also, the full text of a clause may be accessed electronically at:� HTTPS://WWW.ACQUISITION.GOV.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/cccf13253e69473fbddd632281ebfead/view)
- Place of Performance
- Address: Bluffdale, UT 84065, USA
- Zip Code: 84065
- Country: USA
- Zip Code: 84065
- Record
- SN06831555-F 20230916/230914230121 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |